Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Back Office Software 2

  • First published: 26 July 2024
  • Last modified: 26 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-042889
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
26 July 2024
Deadline date:
27 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Back Office Software to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

The Back Office Software 2 framework agreement will provide a route to market for organisations wishing to purchase software and support for back office systems, directly from the software vendor.

It is envisaged that the framework will cover the following: enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Back Office Software 2

Reference number: RM6285

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Back Office Software to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

The Back Office Software 2 framework agreement will provide a route to market for organisations wishing to purchase software and support for back office systems, directly from the software vendor.

It is envisaged that the framework will cover the following: enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Enterprise Software

II.2.2) Additional CPV code(s)

48000000

48170000

48217000

48311000

48400000

48440000

48445000

48450000

48451000

48480000

48517000

48900000

72000000

72200000

72210000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.

Buyers will be able to award specific call-off contracts through two order procedures including direct award and further competition.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 4 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 30 months, with an option to extend for a further 18 months

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Unlimited places

Lot No: 2

II.2.1) Title

Specialised Software Solutions

II.2.2) Additional CPV code(s)

48000000

48170000

48217000

48311000

48400000

48440000

48445000

48450000

48451000

48480000

48517000

48900000

72000000

72200000

72210000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is designed for lower value innovative solutions to deploy Back Office Software, leveraging a lower threshold of standards and accreditation to encourage opportunity within the SME community. To include enterprise resource planning, HR and payroll, financial accounting, procurement and supply chain management, customer relationship management, productivity workflow technologies, content services, service portal, integration software, mobility and accessibility, as well as support and maintenance for these services.

Buyers will be able to award specific call-off contracts through two order procedures including direct award and further competition.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 1 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 30 months, with an option to extend for a further 18 months

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Unlimited places

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-037422

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/08/2024

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 22/02/2025

IV.2.7) Conditions for opening of tenders

Date: 27/08/2024

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Manage/0962fefd-8060-4503-a002-f748d0d5cbef

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Minimum standards of reliability:

CCS may also assess whether the selection criteria (in respect of III.1.3 Technical and professional ability), as set out in the procurement documents, is met on request from a buyer prior to the proposed conclusion of a call-off contract with a value in excess of 20 000 000 GBP.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

25/07/2024

Coding

Commodity categories

ID Title Parent category
48400000 Business transaction and personal business software package Software package and information systems
48170000 Compliance software package Industry specific software package
48445000 Customer Relation Management software package Financial analysis and accounting software package
48311000 Document management software package Document creation software package
48451000 Enterprise resource planning software package Time accounting or human resources software package
48440000 Financial analysis and accounting software package Business transaction and personal business software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48517000 IT software package Communication software package
48900000 Miscellaneous software package and computer systems Software package and information systems
72210000 Programming services of packaged software products Software programming and consultancy services
48480000 Sales, marketing and business intelligence software package Business transaction and personal business software package
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
48450000 Time accounting or human resources software package Business transaction and personal business software package
48217000 Transaction-processing software package Networking software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.